Integrated Solid Waste Management (ISWM) Services for Naval Air Station (NAS) Corpus Christi, Texas; NAS Kingsville, Texas; Naval Air Auxiliary Landing Field (NALF) Waldron, Texas and outlying areas
ID: N6945025Q0002Type: Presolicitation
AwardedAug 20, 2025
$4.9M$4,924,477
AwardeeMARK DUNNING INDUSTRIES Dothan AL 36303 USA
Award #:N6945025D1015
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHEASTNAS JACKSONVILLE, FL, 32212-0030, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast, is soliciting proposals for Integrated Solid Waste Management (ISWM) Services at Naval Air Station Corpus Christi, Naval Air Station Kingsville, and Naval Air Auxiliary Landing Field Waldron in Texas. The contractor will be responsible for providing all necessary labor, management, supervision, tools, materials, and equipment to perform these services, which include both recurring and non-recurring waste management tasks. This procurement is crucial for maintaining operational readiness and environmental compliance at military installations, ensuring efficient waste disposal and recycling practices. Interested small businesses must submit their proposals by June 18, 2025, with inquiries directed to Cory Iselin at cory.s.iselin.civ@us.navy.mil or Rebecca Jones at rebecca.m.jones75.civ@us.navy.mil.

    Files
    Title
    Posted
    The document outlines the requirements for a performance-based contract at Naval Air Station Corpus Christi and Naval Air Station Kingsville, focusing on integrated solid waste management. Contractors are expected to provide labor, supervision, and equipment necessary for recurring and non-recurring work as detailed in various annexes of the Performance Work Statement (PWS). The Navy emphasizes a performance-based service acquisition (PBSA) approach, which includes clear performance outcomes, measurable standards, incentives, and a robust performance assessment plan. The document specifies management and administrative requirements, including regular working hours, safety protocols, and employee qualifications. It underscores the contractor's obligations regarding site inspections, workload verification, and adherence to safety standards, including environmental management and accident prevention plans. Furthermore, it mandates compliance with federal regulations and quality management systems to ensure service delivery aligns with Navy objectives. The document serves as a comprehensively structured guide for prospective contractors, laying out essential expectations, thereby streamlining the acquisition process while enhancing operational efficiency and accountability in maritime operations.
    The document outlines the specifications and requirements for service contracts at Naval Air Stations Corpus Christi and Kingsville, under the Performance Work Statement (PWS) framework. It describes a performance-based contract that includes both recurring and non-recurring work, detailing necessary services, contractor responsibilities, and management practices. Key sections include an outline of services required, background information on the Naval stations, and the Navy's performance-based service acquisition (PBSA) approach emphasizing measurable outcomes and standards. The document mandates the contractor's comprehensive knowledge and inspection of work sites, and emphasizes the importance of maintaining high performance through effective management and administration. It specifies requirements concerning personnel qualifications, safety protocols, environmental compliance, and security measures, including provisions for training, insurance, and partnerships with government stakeholders. The contractor is responsible for ensuring a safe working environment, timely service delivery, and accurate documentation of all activities. This document serves as a framework for the contractual obligations and expectations placed upon the contractor, aligning with federal acquisition regulations and aiming to ensure quality and efficient services in support of military operations.
    The document, "Register of Wage Determinations under the Service Contract Act," outlines wage rates and fringe benefits for various occupations in Texas counties (Aransas, Nueces, San Patricio) as mandated by federal contracts. It specifies minimum wage requirements based on contracts initiated or extended after specific dates, detailing rates of $17.75 for contracts post-January 30, 2022, and $13.30 for those awarded between January 1, 2015, and January 29, 2022. Additionally, it provides an extensive list of job titles along with their corresponding wage rates and notes that workers may qualify for higher minimum wages under related Executive Orders. The document also explains key provisions such as paid sick leave for contractors, required health and welfare benefits, and conformance processes for occupations not listed. Compliance with the wage determination strategies is critical for contractors to ensure employees are compensated fairly and in accordance with federal regulations. The content serves as a guide for government RFPs and contracts, indicating the labor costs associated with service contracts governed under the Service Contract Act, reflecting the government's commitment to safeguarding worker rights.
    The Corporate Experience Project Data Sheet is a structured document used for collecting essential information related to governmental contracting bids. It prompts entities to detail their experience connected to a specific solicitation, highlighting roles such as prime contractor or joint venture member. The document requires specific information including entity names, roles, contract numbers, project descriptions, and contact information, alongside financial data reflecting the monetary scale of the work performed. Key components include the identification of the entity's involvement and the percentage of work completed, as well as the outlined contract type, relevant project descriptions, and the self-performed work specifics. This data sheet facilitates the government's evaluation process by ensuring that bidders provide comprehensive and relevant project experience. In the context of federal RFPs and grants, this document underscores the importance of evidence of past performance in informing decision-making for awarding contracts, ensuring that potential contractors meet specified criteria for capabilities and experience in delivering on similar projects.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is designed for contractors to provide essential information regarding their performance on prior government contracts. Contractors fill in details about their firm, the nature of the work performed, contract specifics, and project descriptions, including client information. Clients are then asked to evaluate contractor performance across various metrics, such as quality, schedule adherence, customer satisfaction, management efficiency, cost management, safety compliance, and overall effectiveness. Performance is rated on a scale from Exceptional to Unsatisfactory, helping the government assess risks and capabilities of contractors for future projects. The completed questionnaires help ensure that potential contractors meet government standards and are suitable candidates for submitting proposals in response to federal RFPs and grants. Additionally, the questionnaire encourages transparency and direct communication between clients and contractors, with the expectation that completed forms be submitted back to the offeror or NAVFAC for verification. This systematic approach supports the government’s objective of achieving high-quality project outcomes while minimizing associated risks.
    The document pertains to the South Texas Integrated Solid Waste Management (ISWM) and outlines the Government Pre-Award Inquiry Form for a request for proposal (RFP) identified as N6945025Q0002. It serves as a framework for communication between the government and prospective offerors regarding inquiries related to the RFP process. Key components include sections for questions received within various referenced documents, government responses, and contact information for both government responders and offerors. The structure is designed to facilitate clear exchanges, ensure compliance with Federal Acquisition Regulation (FAR) guidelines, and uphold a competitive bidding process. This document underscores the importance of transparency in government procurement and establishes protocols for potential bidders to address inquiries prior to award decisions. Overall, it reflects the federal government's commitment to an organized and fair acquisition process.
    The document outlines the itinerary for a site visit regarding the solicitation N69450-25-Q-0002 for Integrated Solid Waste Management Services at NAS Corpus Christi, NAS Kingsville, and Naval Air Auxiliary Landing Field Waldron, scheduled for May 6, 2025. It details the location for the visit at the Public Works Department, instructions for base access, and a structured timeline of activities. Contractors must submit specific forms for base access before the deadline of April 28, 2025, including necessary pre-enrollment for NAS Kingsville. On-site transportation will be provided, and a brief overview of the contract will precede a windshield tour of the facilities. Participants are reminded that all inquiries must be directed in writing to designated contacts before the Government's pre-award inquiries cutoff date. This document serves to ensure that potential contractors are informed about access requirements and itinerary specifics for a clear understanding of the solicitation process.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide facilitates the streamlined registration process for vendors in the Department of Defense (DoD) to submit offers for solicitations. It introduces two user roles—Proposal Manager and Proposal View Only—in the PIEE Solicitation Module, where only Proposal Managers can submit offers. The guide provides step-by-step instructions for new and existing users to create or modify user accounts. New users are directed to register, create security questions, complete their user profiles, and justify their role access using their company’s CAGE Code. Existing users can add roles after logging in. Additionally, the document outlines resources for account and technical support, while the Roles and Actions/Functions Matrix delineates the capabilities associated with each vendor role. Overall, the guide is essential for vendors seeking to engage with DoD solicitations, highlighting its role in improving the procurement process through automation and security.
    The document appears to be an inaccessible or unviewable PDF regarding federal government Requests for Proposals (RFPs), grants, and state and local RFPs. It contains general instructions for accessing Adobe Reader to properly view the content, including links and trademark references for Windows, Mac, and Linux systems. Given the lack of substantive content from the actual RFPs or grants, there is no context, key ideas, or supporting details to summarize or analyze in relation to government procurement processes. The document primarily addresses technical issues concerning file accessibility and does not present information on specific RFPs or grants.
    The document provides instructions for individuals registering for the Defense Biometric Identification System (DBIDS). It outlines a streamlined process to enhance the enrollment experience by suggesting that users fill out the application online and then present the confirmation code during registration. This pre-enrollment process is intended to alleviate wait times typically associated with in-person enrollment, promoting efficiency and convenience. By directing users to the provided online link, the document emphasizes a proactive approach to managing the registration process for DBIDS, highlighting the importance of timely and effective enrollment for access to government services and facilities. The overall aim is to improve user experience while ensuring compliance with defense and security protocols associated with biometric identification.
    The South Texas Integrated Solid Waste Management (ISWM) Services RFP N69450-25-Q-0002 outlines a solicitation for ongoing services at Naval Air Stations in Texas. The briefing serves to inform potential contractors about the RFP, site visits, and submission guidelines. All inquiries must be submitted in writing, ensuring fairness and clarity for all bidders. The contract aims to achieve efficient ISWM services under a Performance-Based Service Acquisition framework. The RFP encompasses management, recurring and non-recurring work specifications structured in various annexes. Contracts are designed as Indefinite-Quantity, allowing for a base year and four option years, with a potential six-month extension. Evaluation criteria emphasize corporate experience, safety records, past performance, and price competitiveness, ensuring that the best value is procured. Quotes are required by May 29, 2025, and must follow specific submission guidelines, highlighting each potential contractor's relevant projects and safety metrics. Attendance at the site visit includes a presentation and a detailed tour, emphasizing thorough understanding and compliance with proposal requirements. Overall, the RFP reflects the government's commitment to acquiring comprehensive waste management services essential for operational readiness.
    The government document outlines the deliverables and submission requirements for a contract concerning management and administration within an Integrated Solid Waste Management (ISWM) context. It details key item specifications, form attachments, deliverable titles, submission dates, distribution frequency, and copy requirements for various tasks such as requesting work outside regular hours, providing sign-in sheets, submitting quality management plans, and notifying about safety incidents. Critical timeline features include submissions for permits before work commencement, updates on work schedules, monthly on-site labor reports, and various compliance documents. The emphasis on safety, including accident prevention and incident reporting, ensures adherence to regulations. Moreover, the document highlights the importance of an environmental protection plan, revealing a commitment to sustainability in waste management practices. Overall, the file illustrates a structured process for monitoring deliverables and compliance, supporting the government’s operational requirements for effective contract execution in environmental services.
    The document outlines the management and administrative deliverables required in a federal contract related to Integrated Solid Waste Management (ISWM). It specifies deliverable titles, submission dates, distribution frequency, and responsible parties, primarily the Contracting Officer (KO) and the Contracting Officer's Representative (COR). Key deliverables include requests for working hours, documentation like sign-in sheets and minutes, permits, a Certificate of Insurance, and various safety reports. The contract also mandates updates on scheduling, quality management plans, employee lists, compliance plans, and waste stream determinations, ensuring thorough communication and adherence to regulatory requirements. Environmental considerations are emphasized through measures like the Environmental Protection Plan and Sustainable Procurement Practices. Additionally, reports on revenue receipts and tonnage are required monthly. The structured nature of this file illustrates essential compliance obligations and the timeline for each deliverable, highlighting the government's commitment to efficiency and oversight in contract performance.
    The South Texas Integrated Solid Waste Program, associated with Naval Air Station Corpus Christi and Naval Air Station Kingsville, outlines the management and inventory of waste disposal facilities and equipment as of May 16, 2025. The document details the specific types and locations of waste compactors and dumpster containers at various facilities, including the Commissary, Base Hospital, and Transfer Station at Corpus Christi Army Depot. For instance, there are multiple compactors and recycle containers designated for different facilities, ensuring proper waste management for both recyclable and non-recyclable materials. Additionally, it provides a comprehensive inventory list of dumpsters categorized by facility names, sizes (primarily 8 cubic yards), and usage, reflecting the strategic placement of waste disposal solutions across various facilities. This report serves to streamline waste management processes and aligns with environmental policies and directives for federal installations, indicating a concerted effort in resource management and compliance with waste disposal regulations. Overall, the document highlights the structured approach to solid waste management within the Navy’s operational framework in South Texas.
    The document is a Government Pre-Award Inquiry Form regarding the South Texas Integrated Solid Waste Management (ISWM) contract (N6945025Q0002). It addresses numerous inquiries from contractors related to the solicitation, with prominent topics including service frequency adjustments, access requirements, environmental management, and clarification of historical waste data and disposal methods. Key points include the government's responses to questions about service operations, operational hours, and historical data accuracy. Notable clarifications state that medical waste is excluded from the new contract and confirm the contractor's responsibility for managing waste and container relocations. The inquiries also discuss billing processes, payment terms, and contractor responsibilities regarding waste management at the transfer station. Additionally, the government emphasizes that there are no economic price adjustments in the contract, underscoring the fixed-price nature of the agreement. In conclusion, the document serves as a foundation for clarifying expectations and responsibilities before awarding the ISWM contract, ensuring that contractors have a comprehensive understanding of their obligations and the government's requirements.
    The document is a Government Pre-Award Inquiry Form related to the South Texas Integrated Solid Waste Management (ISWM) contract. It aims to address questions raised by potential bidders regarding contract specifications and requirements. Key topics include service frequency adjustments, operational access for contractors, remote working flexibility for the Environmental/Energy Manager, and clarification on historical data for waste disposal. It also outlines the contractor's responsibilities for service calls, recycling, and bulky waste management, emphasizing that all disposal fees fall under the contractor's purview without adjustment clauses for price increases. Additionally, the government will not provide onsite storage for contractor vehicles and imposes firm deadlines for transitioned services post-award. The comprehensive nature of the queries reflects considerations for effective service provision and regulatory adherence, indicating the government's structured approach to solid waste management services. Overall, the inquiry serves to clarify expectations and foster a competitive bidding environment for the upcoming contract.
    The document outlines the definitions, acronyms, and administrative procedures related to the management of projects under the NASCC & NASK Regional Integrated Solid Waste Management contract. It includes various attachments that provide essential guidelines, such as wage determinations, directives, and necessary forms. Key definitions include terms related to asset management, construction equipment, and hazardous materials. The document emphasizes the role of competent personnel, the significance of proper contract management, and the protocols for performance assessment and monitoring. It ensures compliance with federal regulations regarding hazardous waste management and outlines the responsibilities of contract officers and representatives, including the meticulous processes for incident reporting and labor documentation. This comprehensive overview serves to guide contractors in maintaining safety standards, optimizing project execution, and adhering to administrative requirements, particularly in the context of government RFPs and grants. It reflects the importance of thorough management practices in ensuring efficient government contracting and service delivery.
    The Spill Prevention, Control, and Countermeasure (SPCC) Plan for Naval Air Station Corpus Christi, Texas, is mandated because the facility exceeds the regulatory threshold for oil storage. This updated document outlines procedures, equipment, and management practices to prevent oil spills and ensure environmental compliance. The plan includes comprehensive details on oil storage containers, inspection protocols, and emergency response measures, including a Facility Response Plan (FRP). It also stipulates designated personnel who oversee spill prevention efforts and conduct regular inspections. The plan emphasizes the importance of training employees on oil-handling procedures and ensuring proper maintenance of the facility’s oil storage infrastructure. Additionally, all tenant organizations within NAS Corpus Christi are responsible for their oil management and compliance with the SPCC requirements. The SPCC Plan is regularly reviewed and amended as necessary to integrate advancements in spill prevention technology and respond to changes in facility operations. This document demonstrates the Government's commitment to environmental protection while supporting operational readiness within the installed military framework.
    The document outlines the Request for Proposals (RFP) for Integrated Solid Waste Management services, focusing on both recurring and non-recurring work related to the Naval Air Station Corpus Christi and Naval Air Station Kingsville. The recurring work includes regular services for waste management, specified under different categories and quantities, while non-recurring work addresses additional, on-demand waste collection needs. The contract will cover a series of option periods, indicating a commitment to ongoing services over an extended timeline. Contractors are required to comply with environmental regulations and USDA standards for managing foreign origin waste, including processes for timely response to waste collection requests. The detailed pricing structure highlights unit costs for various service types and container sizes. This RFP serves to streamline waste management operations, ensuring compliance with military standards and enhancing efficiency at these naval installations.
    The document appears to be a comprehensive inventory list of various properties and facilities, possibly related to government bidding processes such as Requests for Proposals (RFPs) and federal or state grants. It enumerates a series of locations, street names, and associated codes, possibly for construction, maintenance, or procurement purposes. Specific references to operational aspects, like facility types (e.g., warehouses, hangars, training buildings) and waste management protocols (e.g., recycling lots and waste categories), indicate a focus on institutional infrastructure and logistics. The extensive list suggests an organized approach to cataloging resources for potential governmental projects or undertakings, providing an essential reference framework for stakeholders involved in fulfilling RFPs or grant applications. The structured inventory underscores a meticulous effort to ensure all significant facilities are accounted for in the public sector's functional and operational scope. Overall, this document facilitates efficient planning and resource allocation, ensuring compliance with relevant regulations.
    The document outlines the waste management and recycling framework for various facilities at Naval Air Station Corpus Christi and Naval Air Station Kingsville. It details the types and quantities of waste generated, specifically solid waste and recyclable materials, across multiple facilities, such as the Bureau of Medicine and Surgery, Customs, and the Defense Logistics Agency. Each facility's waste collection schedule, container size, and recycling requirements are specified, emphasizing a strategic approach to waste reduction and recycling. The content reflects compliance with federal guidelines and underscores the importance of environmental stewardship within military operations. This structured inventory assists government agencies in managing and optimizing their waste disposal processes, highlighting the need for efficiency and regulatory adherence in line with current federal and state RFPs.
    The document outlines the Wage Determination No. 2015-5305, issued by the U.S. Department of Labor under the Service Contract Act, specifying minimum wage and fringe benefits applicable to federal service contracts in Texas. It indicates that for contracts awarded on or after January 30, 2022, workers must be paid at least $17.75 per hour, while those under contracts from January 2015 to January 29, 2022, must receive at least $13.30 per hour. The document lists various occupations, their corresponding wage rates, and required fringe benefits, including health and welfare payments, vacation time, and holidays. It also highlights that the applicable minimum wage rates will be adjusted annually and states contractor responsibilities concerning additional classification and wage rate requests. Furthermore, the document notes specific exemptions under the Service Contract Act and Executive Orders related to sick leave. The overarching goal is to ensure fair compensation and benefits for workers engaged in government contracts, thus reinforcing labor standards and protections. This wage determination serves as a critical framework guiding federal, state, and local contracting practices in Texas.
    The document is a solicitation for an indefinite-quantity contract for Integrated Solid Waste Management (ISWM) services at various Naval facilities in Texas. It requests proposals under contract N6945025Q0002, with a submission deadline of May 29, 2025. The contract is a total small business set-aside, categorized under NAICS code 562111, and aims to replace an expiring contract. Key requirements include the provision of all labor, management, supervision, tools, and supplies necessary for ISWM services. The pricing structure comprises twelve Contract Line Item Numbers (CLINs) covering both recurring and non-recurring work across a base period and multiple option periods. The Government intends to evaluate offers based on price and non-price factors, with an emphasis on relevant corporate experience, safety records, and past performance. Offerors must document relevant experience with at least two similar projects. Evaluation criteria will include the offeror’s Days Away from Work, Restricted Duty, and Total Case Rate, with established benchmarks for acceptable safety performance. The solicitation also highlights various regulatory compliance clauses and requirements for representations and certifications to ensure compliance with acquisition regulations. Overall, the document represents the government’s efforts to efficiently manage solid waste while nurturing small business opportunities.
    The document pertains to the amendment of the solicitation for the South Texas Integrated Solid Waste Management (ISWM) Services contract, identified as N6945025Q0002. This amendment, dated May 16, 2025, introduces updates to the solicitation process, including the provision of site visit documents and extensions of inquiry and quote due dates. Specific changes include the addition of documents related to the site visit, the adjustment of the Government Preaward Inquiries (GPIs) deadline to 10:00 AM EDT on May 20, 2025, and the extension of the quote submission deadline to 2:00 PM EDT on June 5, 2025. A detailed list of attachment documents relevant to the solicitation is also provided, ensuring potential contractors have access to all necessary information for bid preparation. The document emphasizes the importance of acknowledging receipt of this amendment to avoid rejection of offers. Overall, the amendment aims to facilitate the solicitation process and clarify details for contractors involved in the bidding for solid waste management services in South Texas.
    The NAVFAC Engineering Systems Command SE has issued Amendment 0003 to solicitation N6945025Q0002, concerning South Texas Integrated Solid Waste Management (ISWM) Services. This amendment updates the Performance Work Statement (PWS), adds items to specifications, and extends the proposal due date to June 18, 2025, at 2:00 PM EDT. Key changes include revisions to the PWS and Deliverable attachments, along with clarifications in evaluation criteria for submissions. Offerors must provide recent financial statements, corporate experience data, and safety records to demonstrate capability in ISWM services, with a focus on projects valued over $750,000. The government expects a transition period of 45 days after awarding the contract, which is intended to streamline service continuation. All terms and conditions not addressed in this amendment remain unchanged. This document underscores the importance of providing detailed and relevant information to ensure compliance with the solicitation requirements, emphasizing the evaluation process based on pricing, corporate experience, safety records, and past performance to determine award eligibility.
    The document is an amendment to a solicitation, specifically ACQR6102466, regarding changes in contract terms for a service provided by the Defense Logistics Agency (DLA) and the Naval Facilities Engineering Systems Command (NAVFAC). Key changes include clarifications on historical frequency data for a service related to DLA Disposition, stating a specific frequency for service delivery, and excluding certain data regarding NCIS at Corpus Christi from the contract scope. The due date for proposal submission has been extended to 2:00 PM EDT on June 23, 2025. The amendment reaffirms that all other terms and conditions remain unchanged, emphasizing the importance of acknowledgment of the amendment receipt to avoid rejection of offers. This document fits within overall federal procurement processes, ensuring transparency and clarity in contract modifications, aiming to facilitate smooth contractor participation in government solicitations.
    The document provides guidance for expediting enrollment into the Defense Biometric Identification System (DBIDS). It encourages individuals waiting to register to complete their applications online using a provided link, allowing them to obtain a confirmation code to present to the registrar. This initiative aims to streamline the registration process, reducing wait times for users. Overall, the focus is on enhancing efficiency in the enrollment procedure of the DBIDS, essential for managing access to military installations and resources securely.
    The document outlines the registration process for the Department of the Navy's Local Population ID Card and Base Access Pass, governed by multiple legal and regulatory authorities. Its primary purpose is to manage and verify physical access to DoD installations by using biometric data, ensuring national security, and facilitating the tracking of personnel movements. The registration form requests personal information such as name, race, gender, citizenship, and background details, including prior felony convictions. Participation is voluntary, though failure to provide necessary information may result in limited access to DoD facilities. The document emphasizes the importance of identity verification and background checks through the National Crime Information Center (NCIC) to assess the suitability of individuals seeking unescorted access. This process aligns with broader DoD security measures to ensure that visitors do not pose a threat to defense installations, maintaining a secure environment. The final authority for access decisions rests with the Base Commanding Officer, with all information treated as confidential. Overall, this file underscores the critical nature of identity management in safeguarding military facilities.
    The NAVFAC Engineering Systems Command Southeast has issued Amendment 0002 for Solicitation N6945025Q0002 concerning Integrated Solid Waste Management (ISWM) Services in South Texas. This amendment includes several key updates: 1. **Responses to Inquiries**: The document provides responses to pre-award inquiries and indicates that further amendments will follow to address pending inquiries. 2. **Contract Detail Adjustments**: Changes were made to correct Option Year numbers and associated references for specific line items (CLINs), adjusting the descriptions of various recurring and non-recurring services. 3. **Regulatory Compliance**: The amendment includes the addition of the Department of Defense Federal Acquisition Regulation Supplement (DFARS) Clause 252.243-7002 regarding requests for equitable adjustment. 4. **Extended Submission Deadline**: The deadline for offer submission has been extended to June 18, 2025, at 2:00 PM EDT. The overall objective of this amendment is to facilitate the procurement process for ISWM services while ensuring compliance and clarity for potential contractors, reinforcing the government’s ongoing commitment to effective waste management solutions in the region. All other terms and conditions remain unchanged. Relevant documents, attachments, and guidelines are posted online for reference.
    Similar Opportunities
    Wastewater & Water Treatment Plant Chemicals
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Southeast, is seeking contractors to provide chemicals for operational support at the domestic wastewater treatment plant and potable drinking water treatment facility located at Naval Air Station Corpus Christi, Texas. This procurement aims to ensure the effective treatment and management of wastewater and drinking water, which are critical for maintaining operational readiness and environmental compliance at the facility. Interested vendors can reach out to Kimberly Drymala at kimberly.y.drymala.civ@us.army.mil or by phone at 361-961-5219, or to LCDR Dylan Bush at dylan.l.bush.mil@us.navy.mil or 361-961-2156 for further details regarding the contract requirements and submission process.
    Solicitation: Waste Receptacle (NSN:7240-01-537-1804)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting offers for the procurement of 233 waste receptacles, identified by NSN 7240-01-537-1804 and part number 5-15-33963, under a total small business set-aside. The contract will result in a firm-fixed-price purchase order, with specific requirements for military preservation, packing, and marking in accordance with MIL-STD-2073-1, and all shipments must be delivered FOB destination to Texarkana, TX. This procurement is crucial for maintaining operational efficiency within military facilities, ensuring proper waste management. Interested parties must submit their offers by November 25, 2024, at 4:30 p.m. local time, and can direct any inquiries to the primary contact, Eboni Albert, at eboni.q.albert.civ@army.mil.
    Solid Waste Management/Refuse & Recycling
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground (APG), is seeking potential sources for solid waste management services, including refuse and recycling, at multiple government locations in Maryland. The contractor will be responsible for scheduled solid waste collection, diversion, disposal, maintenance of collection stations, and support for special events, while excluding hazardous and medical waste. This procurement is crucial for maintaining compliance with federal, state, and local regulations regarding waste management operations. Interested vendors must submit their capability statements and qualifications by December 23, 2025, at 3:00 PM Eastern Time, to the designated contacts, Nicole Sutton and Donna Poteat, via email.
    NAS KINGSVILLE RUNWAY 35L-17L RUBBER REMOVAL AND PARKING APRON STRIPING
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting proposals for the rubber removal and parking apron striping at Naval Air Station Kingsville, Texas. This procurement specifically requires the removal of rubber buildup from Runway 35L-17L and the application of striping on the parking apron, which is crucial for maintaining operational safety and efficiency at the air station. Notably, the Cybersecurity Maturity Model Certification (CMMC) requirement has been revised, with the project now classified as CMMC Not Applicable, easing compliance for offerors. Interested parties can reach out to Cyndi Cisneros at cynthia.k.ramos-cisneros.civ@us.navy.mil or by phone at 361-961-5219 for further details.
    Integrated Solid Waste Management South at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler, Okinawa, Japan
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is seeking contractors for the Integrated Solid Waste Management South project at Marine Corps Installations Pacific (MCI-PAC) Camp Smedley D. Butler in Okinawa, Japan. The contract involves the collection and disposal of solid waste, including non-residential and general waste, as well as providing containers for unscheduled collections during special events at various U.S. Government Installations on Okinawa. This service is crucial for maintaining cleanliness and environmental standards at military facilities, ensuring compliance with local regulations and labor standards. Interested contractors must be authorized to operate in Japan and possess the necessary permits and licenses; for further inquiries, they can contact Chizuru Akamine at chizuru.akamine.ja@fe.navy.mil or Bowba Cisse at bowba.cisse.civ@us.navy.mil.
    Other than Full and Open Competition_Integrated Waste Management
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide integrated solid waste management services at Homestead Air Reserve Base (ARB) in Florida. The contractor will be responsible for all personnel, equipment, tools, materials, vehicles, supervision, containers, and other necessary items to perform non-hazardous solid waste refuse collection and disposal services, adhering to all local, state, and federal regulations. This procurement is crucial for maintaining environmental standards and operational efficiency at the base. Interested parties can contact Ashley Johns at ashley.johns.3@us.af.mil or by phone at 786-415-7471 for further details regarding this opportunity.
    Joint Base Lewis-McChord Commercial Recycling Service
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Joint Base Lewis-McChord (JBLM), is preparing to solicit proposals for commercial recycling services. The contract will encompass the collection, transportation, and management of recyclable materials across various locations within JBLM, including the main base, North, McChord Field, and the Yakima Training Center. This indefinite delivery, indefinite quantity contract is crucial for maintaining environmental sustainability and efficient waste management practices at the installation. The anticipated solicitation release date is around July 11, 2025, with proposals due by 8:00 a.m. Pacific Standard Time on August 11, 2025. Interested contractors must be registered in the System for Award Management (SAM) under NAICS code 562111 and can find further details and updates on the SAM website.
    Western Regional HW Incineration
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for the Western Regional Hazardous Waste Incineration contract, which involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes from military installations across the Western United States. The selected contractor will manage a range of waste types, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, PCBs, and PFAS, ensuring compliance with regulatory requirements and proper handling procedures. This contract is crucial for maintaining environmental safety and compliance at military sites, with a base period of 30 months anticipated to begin in March 2026, followed by an option period of the same length. Proposals are due by 1500 EST on December 29, 2025, and interested parties should direct inquiries to Timothy Hassett at Timothy.Hassett@dla.mil or Erik Rundquist at erik.rundquist@dla.mil.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, FL and Outlying Areas
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFAC Southeast), is soliciting proposals for Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, Florida, and its outlying areas. The procurement encompasses a wide range of services including facility management, utilities management, environmental services, and transportation, structured as a performance-based indefinite-quantity contract with a total duration of up to eight years, comprising one base year and seven option years. This contract is crucial for maintaining operational readiness and efficiency at the naval installation, ensuring compliance with various environmental and safety regulations. Interested small business concerns must submit their proposals by January 15, 2026, and can direct inquiries to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil or by phone at 904-860-5758.